Contract Notice (below OJEU threshold)
Section I: Contracting
authority
I.1) Name and addresses
Shetland Islands Council
Town Hall, Hillhead
Lerwick
ZE1 0HB
UK
Contact person: Colin Black
Telephone: +44 1595744595
E-mail: contract.admin@shetland.gov.uk
Fax: +44 1595744509
NUTS: UKM66
Internet address(es)
Main address: http://www.shetland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00402
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Wind Turbine Installations - Fetlar Ferry Terminal and Baltasound Junior High School, Shetland
II.1.2) Main CPV code
42112000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The works will comprise the installation of wind turbines and associated works and equipment as follows:
Civils – foundation and trenching;
Equipment - turbine, cabling, inverters, Feed in Tariff meter and other associated equipment;
Connection - to building electrical distribution system;
Communications – ensuring link to back end office to allow monitoring of turbine performance.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM66
Main site or place of performance:
Fetlar Ferry Terminal, Hamarsness, Fetlar, Shetland, ZE2 9DJ and Baltasound Junior High School, Baltasound, Unst, Shetland, ZE2 9DY
II.2.4) Description of the procurement
Installation of 10kW Wind Turbines
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 3
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Three years accounts and business reports for the contracting entity;
A current bank reference report to a minimum of 130,000 GBP;
Evidence of current Public and Employers Liability Insurances at a minimum of 5,000,000 GBP and 10,000,000 GBP respectively.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Details of previous experience of similar supplies, including design, installation and commissioning;
Economic operators will be required to provide two examples of same supplies delivered in the past three years of similar complexity to the supply proposed;
Provide two written references from other customers where a same / similar installation has been successfully delivered and implemented in the last three years;
Installation must comply with Engineering Recommendation G83/2 (2012);
All works covered by this contract are to be carried out by Approved Companies under the Microgeneration Installation Standard: MCS 001 - MCS Contractor Certification Scheme Requirements: Issue 3.1 (10/11/2017);
All electrical works covered by this contract are to be carried out or overseen (and approved) by SELECT (or equivalent) registered personnel who have a track record of successful service delivery. Staff employed on the contract must possess one of the following SJIB Grade cards: Electrician, Approved Electrician and Technician Electrician;
All works covered by this contract are to be carried out by competent Trades people who have a recognised qualification and track record of successful service delivery;
Staff employed on the contract must possess CSCS (Construction Skills Certification Scheme) Grade cards relevant to their trade as proof of having the necessary training and qualifications to carry out the work;
All demolition, refurbishment and subsequent finishes are to be carried out in accordance with recognised industry standards and best practice.
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/01/2019
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
07/01/2019
Local time: 15:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Section III: the economic, financial and technical information detailed must be submitted in addition to any other information detailed in the European Single Procurement Document (ESPD) with any Tender that is submitted.
The Contracting Authority will carry out an Equifax check where a Bank Reference cannot be obtained and this will form part of the economic and financial evaluation of economic operators.
The European Single Procurement Document (ESPD) must be fully completed including all information concerning the bidder and exclusion grounds.
Tenderers unable to meet this essential requirement may be rejected.
GBP means Great British Pounds.
The Contract shall be subject to Scots Law and the jurisdiction of the Scottish Courts.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=563679.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:563679)
VI.4) Procedures for review
VI.4.1) Review body
Shetland Islands Council
Town Hall, Hillhead
Lerwick
ZE1 0HB
UK
Telephone: +44 1595744595
Fax: +44 1595744509
Internet address(es)
URL: http://www.shetland.gov.uk
VI.5) Date of dispatch of this notice
10/12/2018